HomeMy WebLinkAboutContract 41732-CO1CITY SECRETARY L\ \ 1-~ 1:-CD\ CONTRACT NO. __ ....i..:.....:.------
FORT WORTH
~
City of Fort Worth
Change Order Request
Project Name! Fort Worth Alliance Airport Rwy Extension Project, Earthwork Package 3 City Sec# !._1 .... ll ... 3 .. · 1-____ _.
Client Project #(s) 00960
:=:;:==:::::::;====::;:::===::;::::;::::::;::::::::;:====:::::;::====:::::=================:::::! Project Description Clearing & Grubbing , Stripping of Top Soil , Embankment , Grading and Drainage , Gas Well Access Road Relocation, Major
Draina e Structure , Culvert Installation including Headwalls.
Contractor! Mario Sinacola & Sons Change Order# 1 Date ! 11/11/2011
City Project Mgr.I Ruseena Johnson , EIT City Inspector Danny Williams , Paragon Inc .
Dept. Aviation
Original Contract Amount $2,202,695 .50
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date $2,202,695.50
IAmount of Proposed Change Order $83,274.96
Revised Contract Amount $2,285 ,970.46
Original Funds Available for Change Orders
Remaining Funds Available for this CO $0.00
Additional Funding (if necessary) $83,274.96
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%)
JUSTIFICATION (REASONS) FOR CHANGE ORDER
See attached .
Contract Time
Totals (WD)
$2,202,695.50 180
$2,202,695.50 180
$83 ,274.96 14
$2,285,970.46 194
$0.00
$83,274.96
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment
in full (both time and money) for all costs arising out of, or incidental to, the above Change Order.
Date
Michael Sinacola 11·16 ·II
Date ,
II 11 11
Council Action if r
M&C Number e -z. n'& (
01 -18 -12 P03 :2 7 I N
FORT WORTH ---.--City of Fort W orth
Ch ang e Order Additions
Project Name
Client Project #
Fort Worth Alliance Airport Rwy Extension Project, Earthwork Package 3 City Sec# G-16190
:::::=00==9==60==========================================-_:__ _ ___;::=:::=;
Project Description Clearing & Grubbing , Stripping of Top Soil , Embankment, Grading and Drainage , Gas Well Access Road Relocation , Major
Drainage Structure , Culvert Installation including Headwalls.
Contractor Mario Sinacola & Sons Change Order # I 1 Date I 11/11/2011
City Project Mgr . Ruseena Johnson , EIT City Inspector Danny Williams , Paragon Inc .
ADDITIONS
1rEM ..:::~~ • .'l-{11., I IUN Ut:1-' I Qty Unit Unit-Cost
New35 ...-lowable t-111 for Conduit Emoeamerit Av1at1on 9,UtllS.UL LF $6 .tll
Item LB tros1on Control Gab1on Mattress Av1at1on 238'.0C SY :ii!:>/.UU
New36 Export Unsuitable Material (Rock) IAv1at1on 179.00 LD :noo.uu
ltem~ IElectncal Pull Box 48"X48" IAv1at1on 1.0U EA $4 ,lUU .Ul
ltemT8 I Roel< Check Dam IAv1abon JJ .00 LF :jil4.0l
ltem 29 I Inner Duct 11/4 Installed Aviation 264 .0U LF :i;o .6~
Item JO vondu1t 1 1 /2" Installed IAv1abon 352.0U LF $3.5(
Item Jl !Conduit 4" Installed !Aviation 1 lb.OU LF $5 .Jl
Item 16 1~11t Fence Aviation l00.00 LF $1 .ll
..
, . . '
Aviation
Sub l otal Aaa1t1ons
Change Order Additions Page 1 of 1
l otal
:i>t>Z ,434 .56
$13 ,::>t>t>.OC
:(;1 /,8 00 .0U
$4,ZUU.UL
:!i/8Z.UL
$171.t>L
$1,lJl.OL
:ti8Jl.8(
$240.UL
$101 ,468.96
$10 1,468 .96
. .,
FORT WORTH ---..,....--City of Fort Worth
Change Order Deletions
Project Name Fort Worth Alliance Airport Rwy Extension Project, Earthwork Package 3 City Sec# G-16190
Client Project # 00960 L......,;...;.__ ___________________________________ ---,1
Project Description Clearing & Grubbing , Stripping of Top Soil , Embankment, Grading and Drainage , Gas Well Access Road Relocation , Major
Drainage Structure , Culvert Installation including Headwalls .
Contractor Mario Sinacola & Sons Change Order# I 1 Date I 11/11/2011
City Project Mgr . Ruseena Johnson, EIT City Inspector I Danny Williams , Paragon Inc.
DELETIONS
11 t:M Ut:.:>\.,Klt-I IUN Ut:t" I \.!'CY Unit Unit Cost
Item 33 conawt -o lncn -uirect1ona1 unuing , Install , 6 lncn HUPt: conaun 1Av1a11on 355 .0C LF $45.UL
Item 31 1condu1t, :l lncn open cut ;:;en . 40 IAv1at1on 634 .UU LF :)>J .OU
Aviation
Sub l otal Deletions
Change Order Deletions Page 1 of 1
1ota1
$10 ,~/0.Ul
;i,L ,ll~.Ul
$18 ,194 .00
$18 ,1~.UL
M/WBE Breakdown for this Change Order
MWBE Sub Type of Service Amount for this CO
Total $0.00
Previous Change Orders
CO# DATE AMOUNT
Total $0.00
ADDITIONS TO CONTRACT
New Bid Item 35 Duct Bank Installations Replace Aggregate Fill with Flowable Fill
The original contract documents specified a rock fill around the underground conduit. This was
unacceptable to Mario Sinacola and Sons (the Contractor) stated that they would not be able to provide
a warranty on the material unless sand was used as fill around the conduit. This was unacceptable to the
AECOM (Engineer of Record EOR) and the City of Fort Worth (Owner). Pat Buckley with the City of Fort
Worth was concerned about the specified backfill and the close proximity of the conduit trench to the
future airport perimeter road . The parties agreed to use flowable fill (lean concrete) as a backfill
material instead of sand. The Owner will receive a product superior to the originally specified product
by using flowable fill because the conduit will be better protected. The unit price of $6.87 /Linear Foot
submitted by the Contractor equates to $10.41 L.F for flowable fill with credit of $3.87 L.F. for original
#57 crushed aggregate and Prime Contractor mark up of 5% $0.33 L.F . which was verified to be fair and
reasonable by survey of local concrete/flowable fill suppliers .
Bid Item 28 Install Gabion Mattress Complete In-Place Extend Quantity
The engineered quantity did not accurately reflect the quantity of Erosion Control Gabion Mattress
portrayed in the drawings. The additional quantity will reconcile that difference.
Bid Items 29, 30 and 32 Conduits 1 W' innerduct, 1 Yz" conduit and 4" conduit installed
The quantities for these items were increased per RFl-13 that directed the Contractor to realign the duct
bank from the south side of the Utility Corridor to the north side, increasing the length by 88 L.F. per
conduit.
Bid Item 34 Electrical Pull Box 48" x 48" Installed
The quantity for this pay item was increased per RFl-18, Verizon Pull Boxes were to be installed every
1000'. The original plans did not show a Verizon Pull Box installed between Sta. 21+75 and Sta. 38+90.
The Contractor was instructed to add a Verizon Pull Box at Sta. 30+20.
New Bid Item 36 Export Unsuitably Material (Rock)
This item was added per RFl-14, Contractor was directed to remove unsuitable rock from imported fill
material and haul off site.
Bid Items 16 and 18 Silt Fence and Rock Check Dam
These Items were increased to provide more effective erosion protection for new culverts.
Add Fourteen Days to the Contract
The Contractor submitted a request for an additional 30 days to the contract. He offered the justification
that the time between Contract Bid Opening, Contract Award, and Contract Notice to Proceed was in
excess of the maximum time allowed in the Contract. The Contractors request claimed that this caused a
"' .. ~ '
loss of their ability to use a planned source of suitable embankment material on this project. This in turn
caused the Contractor to have to seek another source which claimed additional days were lost.
After careful review of the language in the contract we found an ambiguity regarding the maximum time
for bid evaluation. 1 The contract was silent on the amount of time between Contract Award and
Contract Notice to proceed.
In light of the ambiguity and silence in the Contract, and in an effort to reach a compromise without
burdening the City of Fort Worth with additional overhead costs, we negotiated an extension of 14 days
to the contract. Furthermore, we clearly defined that Contract Substantial Completion as the installation
of the embankment and conduit according to the Specifications. We excluded complete acceptance of
the seeding and sodding as part of Substantial Completion because this portion of the work will not
require full time inspection by the City of Fort Worth.
DELETIONS TO CONTRACT
Bid Items 31 and 33 Conduits 2" PVC Installed and Conduit 6" Directional Bore
These bid item quantities were reduced when franchise utility provider Qwest informed AECOM (Design
Engineer) that they would not be using this utility corridor.
1 See Addendum 2 Comprehensive Notice to Bidders paragraph 12; Addendum 2 Special Provisions Paragraph 30-
02; FAA Special Provisions Section 30 paragraph 02.
1v1~\.... Kev1ew Page 1 of 2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FORT WORTH
~
COUNCIL ACTION: Approved on 1/10/2012
55AFW -00960
DATE: 111012012 REFERENCE
NO.: **C-25385 LOG NAME: EARTHWORKS PACKAGE 3
-C01
CODE: C TYPE: PUBLIC
CONSENT HEARING: NO
SUBJECT: Authorize the Execution of Change Order No. 1 in the Amount of $83,274.96 with Mario
Sinacola & Sons, Inc., for Additional Improvements on the Alliance Runway Extension-
Earthworks Package 3 Project at Alliance Airport (COUNCIL DISTRICT 2)
RECOMMENDATION:
It is recommended that City Council authorize the execution of Change Order No. 1 in the amount of
$83,274.96 with Mario Sinacola & Sons, Inc., for additional improvements on the Alliance Runway
Extension-Earthworks Package 3 Project at Alliance Airport thereby increasing the contract amount to
$2,285,970.46.
DISCUSSION:
On April 12, 2011, (M&C C-24864) the City Council authorized the award of contract to Mario
Sinacola & Sons Excavating, Inc., for the subject project.
The work included: Clearing and grubbing, striping of top soil, embankment, grading and drainage,
gas well access road relocation, major drainage structure installation to include headwalls and
gabions, culvert installation including headwalls, seeding and fertilizing, electrical duct bank and
conduit installation, directional boring under existing roadways and electrical/communication manhole
installation.
During construction of said project, additional improvements were required. Those improvements
include:
1. Duct Bank Installation Replace Aggregate Fill with Flowable Fill
2. Install Gabion Mattress Complete In-Place Extend Quantity
3. Conduits 1 1/4 inch conduit and four inch conduit installed
4. Electrical Pull Box 48 inch x 48 inch Installed
5. Silt Fence and Rock Check Dam
An additional 14 days will be added to the contract time and Bid Items 31 and 33 Conduits 2 inch
PVC Installed and Conduit 6 inch Directional Bore will be deleted.
The net effect of the proposed Change Order No. 1 is as follows:
I Contract II Amount I
I Original Contract Amount II $2,202,695.50 I
I Change Order No. 1 II $83.274.96 I
I TOTAL II $2,285,970.46 I
Mario Sinacola & Sons, Inc., agrees to maintain its initial M/WBE commitment of 20 percent that it
made on the original contract and extend and maintain that same M/WBE commitment of 20 percent
to this first change order. Therefore Mario Sinacola & Sons, Inc., remains in compliance with the
City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of
M&CReview Yage L. or L.
Previous M/WBE Commitment form executed by an authorized representative of its company.
This project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Airport Grants Fund.
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
00960 Project Map.pdf
FROM Fund/Account/Centers
GR14 541200 055218339800 $83.274.96
Fernando Costa (6122)
KentPenney(5403)
Ruseena Johnson (5407)